SOURCES SOUGHT
B -- New Engineering Testing & Survey Services BPAs - Europe
- Notice Date
- 11/25/2025 2:34:40 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W2SD FEST NAU1 EUROPE APO AE 09096 USA
- ZIP Code
- 09096
- Solicitation Number
- W912GB26X1AX6
- Response Due
- 12/9/2025 2:00:00 AM
- Archive Date
- 12/24/2025
- Point of Contact
- Rosemarie Rollins, Ryan Fernandez
- E-Mail Address
-
Rosemarie.E.Rollins@usace.army.mil, RyanDale.R.Fernandez@usace.army.mil
(Rosemarie.E.Rollins@usace.army.mil, RyanDale.R.Fernandez@usace.army.mil)
- Description
- This Sources Sought is for market research purposes only � it is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent changes. All submissions become government property and will not be returned. The purpose of this notice is to afford industry the opportunity to submit company profiles with capability statements, provide acquisition strategy feedback, and express interest in the potential procurement. PROJECT DESCRIPTION The U.S. Army Corps of Engineers (USACE) Europe District is planning to establish Blanket Purchase Agreements (BPA), under the procedures of Federal Acquisition Regulation Part 13, for various types of engineering testing and survey services in Europe. Services will primarily be in Germany, Poland, and Belgium; some services may be required in the Netherlands, Luxembourg, Norway, Denmark, Romania, Italy, and Hungary. Results from these services will be used to supplement design information for in-house and architect-engineer (A-E)-designed deliverables, and to support the construction of USACE projects. Under this planned agreement, the Contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, equipment, and incidental services required to execute and document surveys and testing at Department of Defense (DoD) facilities. The BPAs will consist of a five-year purchasing period. The contemplated combined value of all BPAs to be issued for this requirement is $5,000,000. USACE anticipates a solicitation will be issued in early February of 2026, and issuance of a BPAs late April 2026. The type of work to be performed under the planned agreement(s) shall include, but is not limited to: Hazardous material testing Lead, asbestos, mineral fibers (KMF), contaminated soil Pre-design or Independent Technical Review (ITR) checks Project survey validation Destructive structural testing and surveys Concrete, asphalt, foundation surveys, core borings, identification of structural systems, shear wave velocity tests, load tests, reinforcement sampling, rebound hammer tests, endoscope camera surveys Non-destructive testing: concrete Rebound Hammer, Compressive Strength, slump, air, temperature, w/c ratio, and admixture verifications. Non-destructive testing: asphalt Density, gradation, asphalt content, temperature, binder performance grade (PG) verification. Soils and aggregates Proctor compaction, field density (sand cone/nuclear), gradation, Atterberg limits Utility capacity and condition surveys Fire flow testing Roofing conditions and materials survey Electronic leak detection As-built development / verification Facility condition assessment, structural systems condition assessment, seismic screening (ASCE 41), fire rating survey, screening/tracing of interior utilities, in-situ (on-site) acoustical testing (Rw or STC) Steel reinforcement / structural streel Tensile, bend, mill cert reviews and weld inspections. UXO survey Geotechnical testing Special inspections / lab testing Concrete QA, asphalt QA, welding QA (UFGS specification 01 45 35) CAPABILITIES STATEMENT Vendors interested in this potential procurement should submit a brief capabilities statement as one PDF. The capabilities statement will assist the Government in deciding how to group multiple BPAs by tasks and countries, as it is anticipated that a company will not have the capability to perform all tasks in all countries. The capabilities statement shall include the following: 1. Company name, address, point of contact, phone number, and e-mail address. Include Commercial and Government Entity (CAGE) code and Unique Entity Identifier (UEI) number from the company�s System for Award Management (SAM) registration. 2. A completed Experience/Capability Worksheet (see attachment) along with a brief description of in-house capability to execute testing and survey services, and experience with comparable work performed within the past five years. Provide examples of past projects, including the following information: A brief description of the project and whether work was performed as a prime or subcontractor customer name location and value of the project in US dollars 3. Describe the in-house capability to work in these locations (see Experience/Capability Worksheet) or discuss what arrangements (e.g. subcontract, teaming arrangement, joint venture) may be in place to perform the work. Email capabilities statement to the following, referencing W912GB26X1AX6 in the subject line of the email: Rosemarie Rollins Contract Specialist at Rosemarie.E.Rollins@usace.army.mil Ryan Fernandez, Contracting Officer at Ryandale.R.Fernandez@usace.army.mil Interested parties are invited to submit a response to this Sources Sought Notice no later than 11:00 HRS CEST 9 December 2026. Submissions will be shared with the Government project delivery team but will otherwise be held in strict confidence. No feedback will be provided to respondents regarding their submissions. If you have any questions, contact Rosemarie Rollins and Ryan Fernandez by email. Note: Any solicitation issued resulting from this notice will be in a separate announcement. A company must be registered and active in SAM to be considered for contract award. Further instructions and information can be found at https://sam.gov/content/entity-registration.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e5bd56a0188642b59ddaa4d89c0524c2/view)
- Place of Performance
- Address: multiple, DEU
- Country: DEU
- Country: DEU
- Record
- SN07652033-F 20251127/251125230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |